The RFP Database
New business relationships start here

Catholic Music Services


California, United States
Government : Military
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

U.S. DEPARTMENT OF DEFENSE
U.S. AIR FORCE-SMC/PKE

Notice (Combined Synopsis & Solicitation) of Proposed Contract Action for Catholic Music Services support, Period of Performance Base Year plus Four-12 month Options


1. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The Space and Missile Systems Center (SMC) 61st Air Base Group ABG/HC Chapel Office intends to award a Firm-Fixed Price contract for Catholic Music Services support in accordance with FAR 12, Acquisition of Commercial Items, as supplemented with additional information included in this notice; and FAR Part 13, Simplified Acquisition Procedures. The acquisition will be solicited as a Small Business Set-Aside which is under the Small Business program. The period of performance for the contract will be to cover a five-year service term (Base Year plus four-12-month Options) from 01 March 2016 through 28 February 2021. The previous contract effort was awarded under a FedBizOpps (FBO) contract for Catholic Music Services.
2. The solicitation will be issued in accordance with FAR Part 12, Acquisition of Commercial Items. The solicitation number is FA2816-16-T-0002 and will be issued as a Request for Quote (RFQ); hard copies of the solicitation will not be issued.


3. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-85. Classification code G - "Social Services", identified at http://www.fedbizopps.gov/, applies.


4. This acquisition will be solicited in a Small Business Set-Aside competition environment as Firm-Fixed Price contract procurement. For this acquisition, the North American Industry Classification Code (NAICS) is 813110 - "Religious Organization" ($7.5M); its Classification Code is G - "Social Services" and (FSC) is G002 - "Chaplain Services." Award will be based on the Lowest Price Technically Acceptable (LPTA). Past performance will be used solely for the purpose of determining technical acceptability.


5. The contract line item numbers and items, quantities and units of measure pertaining to this requirement are identified on the Schedule B. The scope of the work to be acquired is set forth in the Performance Work Statement (PWS). The contract line item numbers and items, quantities and units of measure pertaining to this requirement are as follows:
CLIN 0001 - Catholic Music Services - FFP - Unit of Measure- 12 months
CLIN 0002 - Catholic Music Services - COST - Unit of Measure- (Up to 7 events/year)
CLIN 1001 - Catholic Music Services - FFP - Unit of Measure- 12 months
CLIN 1002 - Catholic Music Services - COST - Unit of Measure- (Up to 7 events/year)
CLIN 2001 - Catholic Music Services - FFP - Unit of Measure- 12 months
CLIN 2002 - Catholic Music Services - COST - Unit of Measure- (Up to 7 events/year)
CLIN 3001 - Catholic Music Services - FFP - Unit of Measure- 12 months
CLIN 3002 - Catholic Music Services - COST - Unit of Measure- (Up to 7 events/year)
CLIN 4001 - Catholic Music Services - FFP - Unit of Measure- 12 months
CLIN 4002 - Catholic Music Services - COST - Unit of Measure- (Up to 7 events/year)


6. The Space and Missile Systems Center (SMC) 61st Air Base Group ABG/HC Chapel Office has a requirement for Catholic Music Services, which includes all personnel, equipment, labor, tools, vehicles, supervision, and other items and services necessary to perform all Music Director for Catholic Services tasks (Roman Catholic Masses - CLIN 0001, and Special Events Music Programs - CLIN 0002) for the Space and Missile Systems Center, Los Angeles Air Force Base (LAAFB), El Segundo, California. LAAFB includes Fort MacArthur, Pacific Heights, and Pacific Crest located at San Pedro, California.


7. The expected period of performance will be five years: Base Year plus four 12-month Options from 01 March 2016 through 28 February 2021.


8. Provision 52.212-1, Instructions to Offerors - Commercial Items (Apr 2014), applies to this acquisition along with the following addenda to the provision:
52.212-1 Addendum:
(b) Submission of Offers.
1. General Instructions:
i. The Offeror's proposal must include all data and information requested herein and must be submitted in accordance with these instructions. Non-conformance with these instructions may result in an unfavorable proposal evaluation.
ii. Interested parties capable of providing the specified services must submit a written offer via email to Dalice Va, Contracting Officer, Dalice.Va@us.af.mil and/or Mary Cowen, Contract Negotiator Mary.Cowen@us.af.mil.
iii. Do not send as an executable or .exe file. Email size shall not exceed five megabytes. Any corrupted file or media containing a virus could result in the offer not being considered for award.
iv. Software Compatibility. Use a word processing and spreadsheet program compatible with Microsoft ® Word 2007 ® and Microsoft ® Excel 2007 ®. PDF is Adobe ® Portable Document Format.
v. Site Visit and Solicitation Questions. A pre-proposal conference is not scheduled for this site. However, upon request by an offeror, a site visit may be conducted where services are to be performed to identify any general and local conditions that may affect the cost of contract performance. The offeror must notify the Contract Specialist and Contracting Officer noted in paragraph ii above (not a Chaplain representative or other government representative) of the site visit request by 12 February 2016. If a site visit is conducted, resulting questions and answers will be available to all potential offerors via the FBO.gov website. Information provided at the site visit shall not alter the terms and conditions of the solicitation and specifications. Offerors shall submit any other questions relating to the solicitation to only the Contract Specialist and Contracting Officer by 14 February 2016. Questions received after this date may potentially not be answered due to time constraints of the solicitation.
vi. Submit offer as follows:
DOCUMENT CONTENTS FILE FORMAT
Volume One Technical Proposal PDF or .doc
Volume Two Pricing and Contracting .doc and .xls
2. Specific Instructions for Volumes One and Two:
i. Volume One - Technical Proposal (Do not exceed ten pages). An altered Government PWS submitted as Volume One Technical Proposal is not appropriate and will be considered technically unacceptable. Address the Technical Proposal subfactors as follows:


Subfactor 1 - Provider Capability


Provide a capabilities statement to include evidence of being a Catholic Music services company which has the ability to deliver musical accompaniment and directorship for all Saturday and Sunday Roman Catholic Masses; and deliver musical accompaniment and directorship for all Special Events including Holy Day of Obligation listed by the Archdiocese for the Military Services.


Subfactor 2 - Catholic Music services
2a. Submit a sound approach for supporting Catholic Music services in a detailed inventory list services and hours (SOW - Appendix A). The list should clearly illustrate the Offeror's capability to meet all SOW Appendix A requirements.
Reference Appendix A: "Estimated Workload"
Submission of a generic appendix may be determined technically unacceptable.
2b. Offeror shall provide a written description of each service that will be delivered and the methodology of their delivery.


ii. Volume Two (Do not exceed ten (10) pages)
A. Contracting Information
(1) Provide the signature block on the individual authorized to make an offer which includes individual's name, title, e-mail address and phone number.
(2) Provide cage code, data universal numbering system (DUNS) number. And tax identification number as registered in the System for Award Management (SAM).
(3) Organizational Representatives. Provide a listing, in hierarchal succession of the Offeror's points of contact delegated specifically for this requirement.
Listing shall include names and titles, phone numbers, fax numbers and email addresses for each representative. List shall reflect both contracting and technical representatives for help desk issues and troubleshooting.
(4) If the remittance address is different from the mailing address, include all applicable remittance addresses.
(5) Written acknowledgment of all applicable solicitation amendments.
B. Pricing Information.
(1) Schedule B Submission
a. Submit completed copy of the Government-provided Schedule B containing the Offeror's proposed amounts. Enter pricing only on the Government Schedule B. Offeror shall NOT alter the Schedule B in any way with the exception of entering pricing. If the Schedule B is found to be altered in any way other than entering pricing, the action will be considered unacceptable and consequently, a reason to reject an Offeror's proposal. Schedule B unit prices shall be limited to two decimal places.
b. Identify a CLIN/SLIN (Contract Line Item/Sub Line Item) as Not Separately Priced (NSP) by entering "NSP" in the unit price. Identify a CLIN/SLIN as No Charge by entering "NC" in the unit price.
c. Include all applicable discounts in your pricing.
(2) Provide a statement specifying that "all pricing in the proposal is Firm-Fixed, with the exception of Taxes, Fees and Sucharges (TFS)".
(c) Period of Acceptance of Offers. The Offeror agrees to hold the prices in its offer firm for 30 days from the date specified for receipt of offers.
(e) Multiple offers. If more than one solution to the services is available, Offeror may submit multiple offers for consideration, subject to same page limitations. Multiple offers may not be considered if they alter the Government's requirement. Should the Offeror claim exceptions to any requirement in the solicitation, these exceptions shall be listed and rationale provided. Failure to include exceptions will be deemed as acceptance of all terms and conditions of the solicitation and resulting contract.
(h) Multiple awards. This award shall be made on an all or none basis.
(End of Addendum to Provision 52-212-1).


9. Provision 52.212-2, Evaluation - Commercial Items (Oct 2014), applies to this acquisition along with the following addenda to the provision:
52.212-2 Addendum:
Evaluation Criteria: The basis for award will be the Lowest Price Technically Acceptable (LPTA) in accordance with FAR 15.101-2(a)&(b). Past performance will be used solely for the purpose of determining technical acceptability. The basis for award will be use of best value in which competing Offerors' lowest price will be evaluated. By submission of an offer, the Offeror accedes to all solicitation requirements, including terms and conditions, representations and certifications, and technical requirements, in addition to those identified as evaluation factors. Failure to meet a requirement may result in an offer being determined technically unacceptable. Award will be made to the responsible Offeror proposing the lowest priced proposal most advantageous to the Government upon an integrated assessment of the evaluation factors described below.
The evaluation process shall proceed as follows:
(a) FACTOR 1 - TECHNICAL. The Government technical evaluation team will evaluate the technical proposals on a pass/fail basis, assigning ratings of acceptable or unacceptable. Only those offers determined to be technically acceptable, either initially or as a result of discussions, will be considered for an award. The offers shall be evaluated against the following technical subfactors:
Subfactor 1 - Provider Capability


This subfactor is met when the Offeror provides a capabilities statement to include evidence of being a Catholic Music company which has the ability to deliver musical accompaniment and directorship for all Saturday and Sunday Roman Catholic Masses; and deliver musical accompaniment and directorship for all Special Events including Holy Day of Obligation listed by the Archdiocese for the Military Services, in accordance with the Statement of Work (SOW).


Subfactor 2 - Catholic Music services


This subfactor is met when the Offeror submits a sound approach for supporting Catholic Music services in a detailed inventory list services and hours (SOW - Appendix A). The list should clearly illustrate the Offeror's capability to meet all SOW Appendix A requirements.
Reference Appendix A: "Estimated Workload"
Submission of a generic appendix may be determined technically unacceptable.


(b) FACTOR 2. PRICE. ALL CLINs/SLINs within the Schedule B will be evaluated for award multiplying the estimated quantity times the unit price in the Schedule B and subtracting any applicable considered discount(s) to derive the total evaluated price. The price evaluation will document the reasonableness and affordability of the proposed total evaluated price. The Government reserves the right to compare offered prices with tariff prices of an incumbent Catholic Music contractor or with any other Catholic Music contractor with a universal service obligation for the services required in this solicitation.
(End of Addendum to Provision 52.212-2).


10 .Complete all representations and certifications electronically at the following website: https://sam.gov. If not completed on-line, Offerors must include a completed copy of the provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Dec 2014), which can be obtained at http://farsite.hill.af.mil, FAR Part 52 or online at https://sam.gov/


Additional provisions which may not be online at SAM:


252.203-7998, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements - Representation (DEVIATION 2015-O0010) (Feb 2015).
(a) In accordance with section 743 of Division E, Title VIII, of the Consolidated and Further Continuing Resolution Appropriations Act, 2015 (Pub. L. 113-235), Government agencies are not permitted to use funds appropriated (or otherwise made available) under that or any other Act for contracts with an entity that requires employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or contactors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information.
(b) The prohibition in paragraph (a) of this provision does not contravene requirements applicable to Standard Form 312, Form 4414, or any other form issued by a Federal department or agency governing the nondisclosure of classified information.
(c) Representation. By submission of its offer, the Offeror represents that it does not require employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign or comply with internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or contactors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information.
(End of provision)


252.209-7992 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law-Fiscal Year 2015 Appropriations (DEVIATION 2015-O0005) (Dec 2014)
(a) In accordance with sections 744 and 755 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235), none of the funds made available by this or any other Act may be used to enter into a contract with any corporation that-
(1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government; or
(2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government.
(b) The Offeror represents that-
(1) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability,
(2) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months.
(End of Provision)


11 .Clause 52.212-4, Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercials Items, applies to this acquisition.


12 .Clause 52.212-5, (DEV 2013-O0019) Contract Terms and Conditions Required to Implement Statutes of Executive Order -- Commercials Items (Jul 2015), applies to this acquisition. In addition, the following additional FAR/DFARS/AFFARS clauses, either by reference or full text, apply (clauses may be obtained via the internet at http://farsite.hill.af.mil).


52.209-10 Prohibition on Contracting with Inverted Domestic Corporations Dec 2014
52.219-6 Notice of Total Small Business Set-Aside Nov 2011
52.222-3 Convict Labor Jun 2003
52.222-21 Prohibition of Segregated Facilities Apr 2015
52.222-26 Equal Opportunity Apr 2015
52.222-36 Affirmative Action for Workers with Disabilities Jul 2014
52.222-50 Combating Trafficking in Persons Feb 2009
52.223-18 Contractor Policy to Ban Text Messaging While Driving Aug 2011
52.232-18 Availability of Funds Apr 1984
52.232-36 Payment by Third Party May 2014
52.232-39 Unenforceability of Unauthorized Obligations Jun 2013
52.232-40 Providing Accelerated Payments to Small Business Subcontractors Dec 2013
52.233-3 Protest After Award Aug 1996
52.233-4 Applicable Law for Breach of Contract Claim Oct 2004
252.203-7000 Requirements Relating to Compensation of Former DoD Officials Sep 2011
252.203-7002 Requirement to Inform Employees of Whistleblower Rights Sep 2013
252.204-7012 Safeguarding of Unclassified Controlled Technical Information Nov 2013
252.239-7002 Access Dec 1991
252.239-7004 Orders for Facilities and Services Nov 2005
252.239-7007 Cancellation or Termination of Orders Nov 2005
252.239-7008 Reuse Arrangements Dec 1991
252.239-7017 Notice of Supply Chain Risk Nov 2013
252.239-7018 Supply Chain Risk Oct 2015
5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODS Nov 2012)


52.252-1 Solicitation Provision Incorporated by Reference, Feb 1998. For purposes of this provision, the fill-in is completed as follows:
http://farsite.hill.af.mil
52.252-2, Clauses Incorporated by Reference, Feb 1998. For purposes of this clause, the fill-in completed as follows: http://farsite.hill.af.mil


252.203-7999 Prohibition of Contracting with Entities that Require Certain Internal Confidentiality Agreements (DEVIATION 2015-O0010) (FEB 2015)
(a) The Contractor shall not require employees or subcontractors seeking to report fraud, waste, or abuse to sign or comply with internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or contractors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information.
(b) The Contractor shall notify employees that the prohibitions and restrictions of any internal confidentiality agreements covered by this clause are no longer in effect.
(c) The prohibition in paragraph (a) of this clause does not contravene requirements applicable to Standard Form 312, Form 4414, or any other form issued by a Federal department or agency governing the nondisclosure of classified information.
(d)(1) In accordance with section 743 of Division E, Title VIII, of the Consolidated and Further Continuing Resolution Appropriations Act, 2015, (Pub. L. 113-235), use of funds appropriated (or otherwise made available under that or any other Act may be prohibited, if the Government determines that the Contractor is not in compliance with the provisions of this clause.
(2) The Government may seek any available remedies in the event the Contractor fails to perform in accordance with the terms and conditions of the contract as a result of Government action under this clause.
(End of Clause)


AFFARS 5352.201-9101, Ombudsman (Apr 2014): For purposes of this clause, the fill-ins are completed as follows:
(c) If resolution cannot be made by the contracting officer, concerned parties may contact the MAJCOM ombudsmen:
LAAFB SMC/PK
483 N. Aviation Blvd.,
El Segundo, CA 90245,
Ms. Olalani Kamakau
olalani.kamakau@us.af.mil
Phone: (310) 653-1185
Fax: (310) 653-6117


5352.242-9000, Contractor Access to Air Force Installations (Nov 2012). For purposes of this clause, the fill-in is completed as follows:
(b) When reporting to the registration office, the authorized contractor individual(s) should provide a valid driver's license, current vehicle registration, valid vehicle insurance certificate, and any additional requirements to comply with local security procedures to obtain a vehicle pass.


13 .QUOTES ARE DUE 19 February 2016 @ 12:00 hrs Pacific Standard Time (PST). Questions for this action shall be made only in writing to the email address provided in the Point of Contact Information below; no telephone calls will be accepted. The cutoff date for questions is 15 February 2016 @ 12:00 hrs Pacific Standard Time (PST).
14 .Responses to this request for quote shall be provided only in writing via e-mail to: Ms. Mary Cowen at Mary.Cowen@us.af.mil and/or Mr. Dalice Va at Dalice.Va@us.af.mil.


Mary I. Cowen, Contract Negotiator , Phone 3106535390, Email mary.cowen@us.af.mil - Dalice Va, Contrating Officer, Phone 310-653-5374, Email dalice.va@us.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP